Legislation Details

File #: 26-0255A    Version: 1
Type: Contract/Agreement Status: Consent Agenda
File created: 2/13/2026 Department: Utilities
On agenda: 5/5/2026 Final action:
Title: Ranking of firms and agreements with five firms for the requirements of Horizontal Projects Fiscal Years 2026-2031 - Utilities Professional Engineering Services.
Attachments: 1. Final Agreement - Ardurra, 2. Final Agreement - CHA, 3. Final Agreement - Halff, 4. Final Agreement - Kimley-Horn, 5. Final Agreement - V&A, 6. Final Ranking

Subject:

Title

Ranking of firms and agreements with five firms for the requirements of Horizontal Projects Fiscal Years 2026-2031 - Utilities Professional Engineering Services.

label

 

Recommended Action:

Recommended Action

Approval of ranking of firms and agreements with five firms for the requirements of Horizontal Projects Fiscal Years 2026-2031 - Utilities Professional Engineering Services.

 

                     This contract will provide Utilities with continuing professional engineering services on an assignment-by-assignment, work order basis.

                     Twenty-two submittals were received with award recommendation to the top five firms in the total amount of $3,750,000.00 ($750,000.00 per firm) for a five-year term; the recommended firms in order of ranking are: Ardurra Group, Inc., Halff Associates, Inc., V&A Consulting Engineers, Inc., CHA Consulting, Inc., Kimley-Horne and Associates, Inc.

                     All recommended firms have committed to utilizing certified Small Business Enterprise (SBE) firms for engagements resulting from this contract. When the County utilizes a firm the requesting department will ensure SBEs are used.

                     This contract is used on an as-needed basis with no obligation to spend the full amount of the contract or to spend in any given year, with obligations occurring upon issuance of work order assignments (purchase orders). Funding is determined by the individual work order assignment sourced to the agreement, and actual expenditures are contingent upon work completed.

 

Contract No. 26-0033-RFQ-CCNAC in the amount of $750,000.00 per vendor for a five-year total not to exceed contract amount of $3,750,000.00; Authorize the Chairman to sign and the Clerk of the Circuit Court to attest.

Body

 

Strategic Priorities:

Resilient Infrastructure and Environment
1.2 Maintain and enhance County infrastructure.
1.6 Ensure sustainable water management.

 

Summary:

Summary

This Utilities contract provides for professional engineering services in support of the Utilities Department Capital Improvement Program (CIP) for horizontal utility infrastructure. Services will focus on studies, preliminary engineering reports, small scale projects that may involve planning, design, and implementation of water, wastewater, and reclaimed water systems, including transmission, distribution, and collection networks. Work may also include utility relocations, hydraulic modeling, Geographic Information Systems (GIS), dewatering system design, and related studies, assessments, and program support.

Body

 

Background Information:

A request for proposal to comply with Consultants’ Competitive Negotiation Act (CCNA) per Florida Statute 287.055 was released on January 9, 2026, and the negotiation process concluded in March 2026.

The contract includes negotiated burdened hourly rates including all labor, direct/indirect overhead, margins/profits, and travel within the Tampa Bay Metropolitan Statistical Area (TBMSA). Travel outside of the TBMSA will be reimbursed in accordance with Section 112.061, Florida Statutes.

 

Fiscal Impact:

Award not-to-exceed amount:                                           $3,750,000.00

 

Funding for this contract is not fully represented in the Fiscal Year 2026 - 2031 (FY26-31) Capital Improvement Plan or the FY26 Operating Budget because the contract establishes a not to exceed value, with obligation occurring upon issuance of work order assignments (purchase orders). Funding is determined by the individual work order assignment sourced to the agreement, and actual expenditures are contingent upon work completed. The Department may appropriate the full not-to-exceed amount or less.

 

Staff Member Responsible:

Jeremy Waugh, Director, Utilities
Merry Celeste, Division Director of Purchasing, Office of Management & Budget
Chris Rose, Director, Office of Management & Budget

 

Partners:

N/A

 

Attachments:

Agreements (5)
Ranking